14
DELHI METRO RAIL CORPORATION LIMITED (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF NCT OF DELHI) SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF E&M, FIRE DETECTION, FIRE SUPPRESSION, AND VAC SYSTEM OF NOIDA STABLING LINE AT NOIDA CITY CENTRE TO SECTOR -62 CORRIDOR OF DELHI MRTS PROJECT PHASE-III CONTRACT NO: CE-28 TENDER DOCUMENTS VOLUME 1 NOTICE INVITING TENDER INSTRUCTION TO TENDERERS FORM OF TENDER DELHI METRO RAIL CORPORATION LTD. Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi 110 001

DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

DELHI METRO RAIL CORPORATION LIMITED (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF NCT OF DELHI)

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF E&M, FIRE DETECTION, FIRE SUPPRESSION, AND VAC SYSTEM OF NOIDA STABLING LINE AT NOIDA CITY CENTRE TO SECTOR -62 CORRIDOR OF DELHI MRTS PROJECT PHASE-III

CONTRACT NO: CE-28

TENDER DOCUMENTS

VOLUME 1

NOTICE INVITING TENDER

INSTRUCTION TO TENDERERS

FORM OF TENDER

DELHI METRO RAIL CORPORATION LTD.

Metro Bhawan, Fire Brigade Lane,

Barakhamba Road, New Delhi –110 001

Page 2: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

DELHI METRO RAIL CORPORATION LIMITED (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF NCT OF DELHI)

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF E&M, FIRE DETECTION, FIRE SUPPRESSION, AND VAC SYSTEM OF NOIDA STABLING LINE AT NOIDA CITY CENTRE TO SECTOR -62 CORRIDOR OF DELHI MRTS PROJECT PHASE-III.

CONTRACT NO: CE-28

TENDER DOCUMENTS

VOLUME 1

NOTICE INVITING TENDER

DELHI METRO RAIL CORPORATION LTD.

Metro Bhawan, Fire Brigade Lane,

Barakhamba Road, New Delhi - 110 001

Page 3: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 1

NOTICE INVITING TENDER (NIT) (e-Tender)

1.1 GENERAL

1.1.1 Name of Work:

Delhi Metro Rail Corporation (DMRC) Ltd. invites online open e-Tenders from eligible applicants from all countries and all areas, who fulfil pre-qualification criteria as stipulated in clause 1.1.4 of NIT, for the scope “CONTRACT- CE-28: SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF E&M, FIRE DETECTION, FIRE SUPPRESSION, AND VAC SYSTEM OF NOIDA STABLING LINE AT NOIDA CITY CENTRE TO SECTOR -62 CORRIDOR OF DELHI MRTS PROJECT PHASE-III” The brief scope of the work and site information is provided in ITT clause A1 & Employer Requirements (Volume - 3 & Vol. - 4) 1.1.2 Key details: -

Approximate Cost of Work INR 6.79 Cr.

Tender Security Amount of Tender Security:- INR 6.79 Lakh

(Payment of tender security/ EMD is to be made only by

RTGS, NEFT & IMPS). No other mode of payment will be

accepted. The detail of bank account of DMRC is

mentioned below.

The bidders will be required to upload scanned copies of transaction of payment of tender security/ EMD including e-receipt (clearly indicating tender reference i.e. CE-28 must be entered in remarks at the time of online transaction of payment, failing which payment may not be considered) at the time of online bid submission.

For further details, Clause C18 of ITT may be referred.

Expected Completion period of the Work 12 (Twelve) Months

Tender documents on sale From 15.10.2018 to 14.11.2018 (up to 1500 hrs) on e-

tendering portal https://eprocure.gov.in/eprocure/app.

Tender document can only be obtained online after registration

of tenderer on the

website https://eprocure.gov.in/eprocure/app.

For further information in this regard bidders are advised to

contact on 011-49424307, 011-49424365 or 011-23417910

Cost of Tender documents INR 23,600/- (inclusive of 18% GST) Non-Refundable

(Payment of tender document cost/ tender fee is to be

made only by RTGS, NEFT & IMPS). No other mode of

payment will be accepted. The detail of bank account of

DMRC is mentioned below.

The bidders will be required to upload scanned copies of

transaction of payment of tender document cost/tender fee

including e-receipt (clearly indicating tender reference i.e. CE-

28 must be entered in remarks at the time of online transaction

of payment, failing which payment may not be considered) at

the time of online bid submission.(Copy of GST registration

no. to be provided along with Tender document cost/ tender

fee)

Last date of Seeking Clarification 24.10.2018 (Queries/clarifications from bidders after due date

and time shall not be acknowledged.)

Pre-bid Meeting 25.10.2018 @ 1100 Hrs.

Page 4: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 2

Last date of issuing addendum 01.11.2018

Date & time of Submission of Tender

online

Tender Submission Start Date: 08.11.2018 @ 0900 Hrs.

Tender Submission end date: 14.11.2018 @ 1500 Hrs

Date & time of opening of Tender online 15.11.2018 @ 1500 Hrs.

Authority and place for purchase of

tender documents, seeking

clarifications, Pre Bid Meeting and

submission of completed tender

documents

Chief General Manager/Contracts,

Delhi Metro Rail Corporation,

5th floor, A-Wing, Metro Bhawan,

Fire Brigade Lane, Barakhamba Road,

New Delhi –110 001.

1.1.3 Source of Funds: The contract shall be financed through expenditure on Electrical works for Noida

City Centre to Sector-62 Corridor.

1.1.4 PRE QUALIFICATION CRITERIA :

1.1.4.1 Eligible Applicants :

(i) The tenders for this contract will be considered only from those tenderers (proprietorship firms,

partnerships firms, companies, corporations, consortia or joint ventures) who meet requisite eligibility

criteria prescribed in the sub-clauses of Clause 1.1.4 of NIT. In the case of a JV or Consortium, all

members of the Group shall be jointly and severally liable for the performance of whole contract.

(ii) a. A non-Indian firm is permitted to tender only in a joint venture or consortium arrangement with any

other Indian firm having minimum participation interest of 26% or their wholly owned Indian

subsidiary registered in India under Companies Act-1956 having minimum participation interest of

26%.

b. A tenderer shall submit only one bid in the same tendering process, either individually as a tenderer

or as a partner of a JVA/ Consortium. A tenderer who submits or participates in, more than one bid

will cause all of the proposals in which the tenderer has participated to be disqualified. No tenderer

can be a subcontractor while submitting a bid individually or as a partner of a JVA/ Consortium in the

same bidding process. A tenderer, if acting in the capacity of subcontractor in any bid, may

participate in more than one bid, but only in that capacity.

(iii) A Tenderer and all partners constituting the Tenderer shall not have a conflict of interest. All

Tenderers found to have a conflict of interest shall be disqualified. A Tenderer may be considered to

have a conflict of interest with one or more parties in this tendering process, if:

a. Tenderer and all partners constituting the Tenderer has been engaged by the Employer to provide

consulting services for the preparation related to procurement for or implementation of the project;

b. Tenderer and all partners constituting the Tenderer is any associates / affiliates (inclusive of parent

To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS, the details of bank account of DMRC is mentioned below:

Name of

Bank Bank’s Address Account Name & No. Account Type IFSC code

ICICI Bank

9A, Phelps Building,

Connaught Place, New

Delhi -110001

DMRC Ltd. Tender

Cell A/C,

000705045337

Current ICIC0000007

Page 5: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 3

firms) mentioned in subparagraph (a) above; or

c. A Tenderer and all partners constituting the Tenderer lends, or temporarily seconds its personnel to

firms or organizations which are engaged in consulting services for the preparation related to

procurement for or implementation of the project, if the personnel would be involved in any capacity

on the same project.

(iv) A firm, who has purchased the tender document in their name, can submit the tender either as

individual firm or in joint venture/Consortium.

(v) a. DMRC/any other Metro Organization (100% owned by Govt.)/Ministry of Housing & Urban

Affairs/Order of Ministry of Commerce, applicable for all Ministries must not have banned business

with the tenderer (including any member in case of JV/Consortium) as on the date of tender

submission. The tenderer should submit undertaking to this effect in Appendix-19 of Form of

Tender.

b. Also no contract of the tenderer of the value more than 10% of NIT cost of work, executed either

individually or in a JV/Consortium, should have been rescinded/terminated by DMRC/any other

Metro Organization (100% owned by Govt.) after award during last 03 years (from the last day of

the previous month of tender submission) due to non-performance of the tenderer or any of

JV/Consortium members. The tenderer should submit undertaking to this effect in Appendix-19 of

Form of Tender.

c. The overall performance of the tenderer (all members in case of JV/Consortium separately) shall be

examined for all the ongoing Civil Engineering/Electrical/Signalling/System/Traction works awarded

by DMRC/any other Metro Organisation (100% owned by Govt.) of value more than 40% of NIT cost

of work and also for all the completed Civil Engineering/Electrical/Signalling/System/Traction works

awarded by DMRC/any other Metro Organization (100% owned by Govt.) within last one year (from

the last day of the previous month of tender submission), of value more than 40% of NIT cost of

work executed either individually or in a JV/Consortium. The tenderer shall provide list of all such

works in the prescribed Performa given in Appendix-19A of the Form of Tender. The tenderer (all

members in case of JV/Consortium separately) may either submit satisfactory performance

certificate issued by the Client/Employer for the works or given an undertaking regarding

satisfactory performance of the work with respect to completion of work/execution of work (ongoing

works) failing which their tender submission shall not be evaluated and the tenderer shall be

considered non-responsive and non-compliant to the tender conditions. In case of non submission

of either satisfactory performance certificate from client/employer or undertaking of satisfactory

performance of any of the above work, the performance of such work shall be treated as

unsatisfactory while evaluating the overall performance of tenderer in terms of Note (b) of

Appendix-19A. In case of performance certificate issued by the client, same should not be older

than three month (from the last day of previous month of tender submission for the ongoing work.

d. Tenderer (including any member in case of JV/Consortium) for the works awarded by DMRC/any

other Metro Organization (100% owner by Govt.) must have been neither penalised with liquidated

damages of 10% (or more) of the contract value due to delay nor imposed with penalty of 10% (or

more) of the contract value due to any other reason in any civil

Engineering/Electrical/Signalling/System/Traction works of value more than 10% of NIT cost of

work, during last three years. The tenderer should submit undertaking to this effect in Appendix-20

Page 6: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 4

of Form of Tender.

e. If the tenderer or any of the constituent ‘substantial, member(s)’ of JV/Consortium does not meet

the criteria stated in the Appendix-19A or Appendix-20, the tenderer including the constituent

‘substantial member(s)’of JV/Consortium shall be considered ineligible for participation in tender

process and they shall be considered ineligible applicants in terms Clause 1.1.4.1 of NIT.

f. If there is any misrepresentation of facts with regards to undertaking submitted vide Appendix-19 or

performance in any of the works reported in the Appendix-19A or undertaking submitted vide

Appendix-20, the same will be considered as “fraudulent practice” under Clause 4.33.1 a (ii) of GCC

and the tender submission of such tenderers will be rejected besides taking further action as per

clause 4.33.1 (b), (c) & 13.2.1 of GCC.

(vi) Tenderer (any member in case of JV/consortium) must not have suffered bankruptcy/ insolvency

during the last 5 years. The tenderer should submit undertaking to this effect in Appendix-21 of

Form of Tender.

(vii) LEAD PARTNER/NON SUBSTANTIAL PARTNERS/CHANGE IN JV/CONSORTIUM

a. Lead partner must have a minimum of 26% participation in the JV/Consortium.

b. Partners having less than 26% participation will be termed as non-substantial partner and will not be considered for evaluation which means that their financial soundness and work experience shall not be considered for evaluation of JV/Consortium.

c. In case of JV/Consortium, change in constitution or percentage participation shall not be permitted at any stage after their submission of application otherwise the applicant shall be treated as non-responsive.

d. The tenderer, in case of JV/Consortium, shall clearly and unambiguously define the role and responsibilities for each substantial/non-substantial partner in the JV agreement/ MOU submitted vide foot note (d) of Appendix-6 of Form of Tender, providing clearly that any abrogation/subsequent re-assignment of any responsibility by any substantive/non-substantive partner of JV/Consortium in favour of other JV/Consortium partner or any change in constitution of partners of JV/Consortium (without written approval of Employer) from the one given in JV agreement/MOU at tender stage, will be treated, as ‘breach of contract condition’ and/or ‘concealment of facts’ (as the case may be), vide GCC clause 4.33.1 [a (ii) and (iii)] and acted accordingly.

e. The Employer in such cases, may in its sole discretion take action under clause 4.33.1 (b) and/or under clause 4.33.1(c) of GCC against any member(s) for failure in tenderer’s obligation and declare that member(s) of JV/Consortium ineligible for award of any tender in DMRC or take action to terminate the contract in part or whole under clause 13 of GCC as the situation may demand and recover the cost/damages as provided in contract.

(viii) A Tenderer and all partners constituting the Tenderer shall confirm Non-performance of a contract

did not occur within the last two (2) years prior to the deadline for application submission based on all information on fully settled disputes or litigation (as per Appendix 19 of FOT). A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract and where all appeal instances available to the Applicant have been exhausted.

1.1.4.2 Minimum Eligibility Criteria:

Work Experience: The tenderers will be qualified only if they have successfully completed work(s),

completion dates(s) of which falling during last seven years ending last day of the month previous to

the month of tender submission as given below:

A. General Experience:

(i) One “similar completed work” ** of value of INR 5.43 Cr. or more.

Page 7: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 5

OR

(ii) Two “similar completed work” ** each of value of INR 3.40 Cr. or more.

OR

(iii) Three “similar completed work” ** each of value of INR 2.72 Cr. or more.

** “Similar works” for this contract shall be the work of “Supply, Installation, Testing and

Commissioning of E&M works of Metro Station/Mass Rapid Transit System/ Commercial Buildings/

Official Buildings/ Railway Stations/Airport/hospital buildings/ industrial establishment. Such E&M

work can as well be part of a larger contract. E&M works shall be defined as work containing

electrification, Fire suppression & Detection and VAC components, out of which electrification

component shall be not less than 60% of the E&M works.

In case the work(s) listed under A(i),(ii) or (iii) do not include at least one work with VAC component

of minimum value of INR 27.96 Lakhs, then the tenderer should have executed any other work

containing Supply , Installation, Testing and Commissioning of VAC work component of Large

Complex/Metro Station/Mass Rapid Transit System/ Commercial Buildings/ Official Buildings/

Railway Stations/Airport/hospital buildings/ industrial establishment of value INR 27.96 Lakhs or

more.

and

In case the work(s) listed under A(i),(ii) or (iii) do not include at least one Work withFire and

Hydraulics System component of minimum value INR 59.28 Lakhs, then the tenderer should have

executed any other Work containing Supply , Installation, Testing and Commissioning of Fire and

Hydraulics System of Large Complex/Metro Station/Mass Rapid Transit System/ Commercial

Buildings/ Official Buildings/ Railway Stations/Airport/hospital buildings/ industrial establishment of

value INR 59.28 Lakhs or more.

If the tenderer is a JV/Consortium having foreign partner(s) and above work(s) have been executed by the foreign partner of JV/Consortium and the work(s) were done in the country of the foreign partner, then in addition to this the foreign partner must have executed works (which need not be similar in nature) of total minimum value INR 2.72 crore or more outside the country of the foreign partner

Notes:

The tenderer shall submit details of works executed by them in the Performa of Appendix-17 of FOT for the works to be considered for qualification of work experience criteria. Documentary proof such as completion certificates from client clearly indicating the nature/scope of work, actual completion cost and actual date of completion for such work should be submitted. The offers submitted without this documentary proof shall not be evaluated. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details of payment received certified by C.A., T.D.S certificates for all payments received and copy of final/last bill paid by client shall also be submitted.

Value of successfully completed & commissioned portion of any ongoing work up to last day of the

month previous to the month of tender submission will also be considered (Work which is not commissioned shall not be considered) for qualification of work experience criteria. For such ongoing works, tenderer need to submit client certificate wherein the value of commissioned portion of the works needs to be clearly identified and mentioned along with relevant details

For completed works, value of work done shall be updated to 31.10.2018 assuming 5% inflation for

Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender.

In case of joint venture / Consortium, full value of the work, if done by the same joint venture/

Consortium or any of members of the Joint Venture shall be considered. However, if the qualifying

work(s) were done by them in JV/Consortium having different constituents, then the value of work as

Page 8: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 6

per their percentage participation in such JV/Consortium shall be considered.

B. Financial Standing: The Tenderers will be qualified only if they have minimum financial capabilities

as below:

(i) T1 – Liquidity: It is necessary that the firm can withstand cash flow that the contract will require

until payments received from the Employer. Liquidity therefore becomes an important

consideration.

This shall be seen from the balance sheets and/or from the banking reference. Net current assets

and/or documents including banking reference (as per proforma given in Annexure-8 of ITT),

should show that the applicant has access to or has available liquid assets, lines of credit and

other financial means to meet cash flow of INR 0.97 crores for this contract, net of applicant’s

commitments for other Contracts. Banking reference should contain in clear terms the amount

that bank will be in a position to lend for this work to the applicant/member of the Joint

Venture/Consortium. In case the Net Current Assets (as seen from the Balance Sheets) are

negative, only the Banking references will be considered. Otherwise the aggregate of the Net

Current Assets and submitted Banking references will be considered for working out the Liquidity.

The banking reference should be from a Scheduled Bank in India or (in case of foreign parties)

from an international bank of repute acceptable to DMRC and it should not be more than 3

months old as on date of submission of bids.

In Case of JV- Requirement of liquidity is to be distributed between members as per their

percentage participation and every member should satisfy the minimum requirement.

Example: Let member-1 has percentage participation=M and member-2 has percentage participation=N. If minimum liquidity required is ‘W’ then liquidity of member-1 ≥W M 100 and liquidity of member-2 ≥W N.

100

(ii) T2 - Profitability: Profit before Tax should be Positive in at least 2 (two) years, out of the last

five audited financial years.

In Case of JV: The profitability of only lead member shall be evaluated.

(iii) T3 - Net Worth: Net Worth of tenderer during last audited financial year should be >INR 1.36

crores

In Case of JV- Net worth will be based on the percentage participation of each Member.

Example: Let Member-1 has percentage participation = M and Member-2 has =N. Let the Net

worth of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the Net worth of JV will be = AM+BN

100

(iv) T4 - Annual Turnover: The average annual turnover from construction of last five financial years

should be > INR 5.43 crores.

The average annual turnover of JV will be based on percentage participation of each member.

Example: Let Member-1 has percentage participation = M and Member - 2 has =N. Let the average annual turnover of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the average annual turnover of JV will be = AM+BN

100 Notes:

Financial data for latest last five audited financial years has to be submitted by the tenderer in

Appendix-18 of FOT along with audited balance sheets. The financial data in the prescribed

format shall be certified by Chartered Accountant with his stamp and signature in original with

membership number. In case audited balance sheet of the last financial year is not made

available by the bidder, he has to submit an affidavit certifying that ‘the balance sheet has

Page 9: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 7

actually not been audited so far’. In such a case the financial data of previous ‘4’ audited

financial years will be taken into consideration for evaluation. If audited balance sheet of any

year other than the last year is not submitted, the tender may be considered as non-responsive.

Where a work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence.

1.1.4.3 Bid Capacity Criteria :

Bid Capacity: The Tenderers will be qualified only if their available bid capacity is more than the

approximate cost of work.

The approximate cost of work for CE-28 is INR 6.79 Cr. Bid capacity will be calculated based on the

following formula:

Bid Capacity =2*A*N – B

Where,

A = Maximum of the value of works executed in any one year during the last five financial years

(updated to 31.10.2018), price level assuming 5% inflation for Indian Rupees every year and

2% for foreign currency portions per year).

N = No. of years prescribed for completion of the work =12 months=1 years

B = Value of existing commitments (as on last 31.10.2018) for on-going works during period of 12

months w.e.f. 01.11.2018.

Notes:

Financial data for latest last five financial years has to be submitted by the tenderer in

Appendix-15 of FOT along with audited financial statements. The financial data in the

prescribed format shall be certified by the Chartered Accountant with his stamp and signature

in original.

Value of existing commitments for on-going construction works during period of 12 months

w.e.f. 01.11.2018 has to be submitted by the tenderer in Appendix-16 of FOT. These data

shall be certified by the Chartered Accountant with his stamp and signature.

In the case of a group, the above formula will be applied to each member to the extent of his

proposed participation in the execution of the work. If the proposed % is not provided, equal

participation will be assumed.

Example for calculation of bid capacity in case of JV / Group

Suppose there are ‘P’ and ‘Q’ members of the JV / Group with their participation in the JV / group as

70% and 30% respectively and available bid capacity of these members as per above formula

individually works out ‘X’ and ‘Y’ respectively, then Bid Capacity of JV / group shall be as under:

Bid Capacity of the JV / Group = 0.7X + 0.3Y

1.1.4.4 The tender submission of Tenderers, who do not qualify the minimum eligibility criteria & bid capacity

criteria stipulated in the clauses 1.1.4.1 to 1.1.4.3 above, shall not be considered for further evaluation

and therefore rejected. The mere fact that the tenderer is qualified as mentioned in sub clause 1.1.4.1

to 1.1.4.3 shall not imply that his bid shall automatically be accepted. The same should contain all

Page 10: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 8

technical data as required for consideration of tender prescribed in the ITT.

1.1.4.5 Minimum Key Staff requirement – shall be as per Annexure-3 of ITT.

NOTE – Please submit the CV of above Key staff required as per Annexure-3 of ITT in the format

given in Annexure-4A of ITT.

1.1.5 The Tender documents consist of :

Volume 1

Notice Inviting Tender

Instructions to Tenderers (including Annexures)

Form of Tender (including Appendices)

Volume 2

General Conditions of Contracts

Special Conditions of Contract (including Schedules)

Volume 3

Employer’s Requirements – General Specifications

Volume 4

Employer’s Requirements – Technical Specifications

Volume 5

Tender Drawings

Volume 6

Condition of Contract on Safety, Health & Environment (SHE) Ver. 1.2

Volume 7

Bill of Quantities

1.1.6 The Tenderers may obtain further information/ clarification, if any, in respect of these tender

documents from the office of Chief General Manager/Contracts, Delhi Metro Rail Corporation, 5th

floor, A-Wing, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi –110 001.

1.1.7 The intending tenderers must be registered on e- tendering portal

https://eprocure.gov.in/eprocure/app. Those who are not registered on e-tendering portal shall be

required to get registered beforehand. If needed they can be imparted training on “online tendering

process” after registration, the tenderer will get user id and password. On login, tenderer can

participate in tendering process and can witness various activities of the process.

1.1.8 The authorized signatory of intending tenderer, as per power of attorney (POA), must have valid

class-III digital signature. The tender document can only be downloaded or uploaded using class-III

digital signature of the authorized signatory.

1.1.9 Tender submissions shall be done online on https://eprocure.gov.in/eprocure/app after uploading the

mandatory scanned documents towards cost of tender documents (in the form of Transaction receipt

of NEFT/RTGS payment) and towards Tender Security (in the form of Transaction receipt of

NEFT/RTGS payment) and other documents as stated in the tender document. Instructions for on-

line bid submission are furnished hereinafter.

Page 11: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 9

1.1.10 All Tenderers are hereby cautioned that tenders containing any material deviation or reservations as

described in Clause. E 4.0 of “Instructions to Tenderers” and/or minor deviation without quoting the

cost of withdrawal shall be considered as non-responsive and is liable to be rejected.

1.1.11 Late/ delayed tenders (received after date and time of submission of bid) shall not be accepted under

any circumstances.

1.1.12 Tenders shall be valid for a period of 180 days (both days inclusive i.e. the date of submission of

tenders and the last date of period of validity of the tender) from the date of submission of Tenders

and shall be accompanied with a tender security of the requisite amount and acceptable form as per

clause C 18 of ITT.

1.1.13 DMRC reserves the right to accept or reject any or all proposals without assigning any reasons. No

tenderer shall have any cause of action or claim against the DMRC for rejection of his proposal.

1.1.14 Bidders shall note that the maximum file size that can be uploaded is 5 MB. All the uploaded files in

tender submission should be named properly and arrange systematically.

1.1.15 The bidders are advised to keep in touch with e-tendering portal https://eprocure.gov.in/eprocure/app

for updates.

1.1.16 All Tenderers are hereby cautioned that tenders containing any material deviation or reservations as

described in Clause. E 4.0 of “Instructions to Tenderers” and/or minor deviation without quoting the

cost of withdrawal shall be considered as non-responsive and is liable to be rejected.

Chief General Manager/Contracts

Delhi Metro Rail Corporation Limited

Page 12: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 10

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

Page 13: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 11

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

9) Upon the successful and timely submission of bids (ie after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

Page 14: DELHI METRO RAIL CORPORATION LIMITED...Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III. DMRC/CE-28/Vol.-1/NIT 2 Last date of issuing addendum

Contract CE-28: Supply, Installation, Testing & Commissioning of E&M, Fire Detection, Fire Suppression and VAC System of Noida Stabling Line at Noida City Centre to Sector - 62 Corridor of Delhi MRTS Project Phase-III.

DMRC/CE-28/Vol.-1/NIT 12

10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

3) For any Technical queries related to Operation of the Central Public Procurement Portal Contact at :

Mobile Numbers: 91- 7878007972, 91-7878007973, 91-7574889871, 91-7574889874, 91-8826246593. Tel: The 24 x 7 Toll Free Telephonic Help Desk Number 1800 3070 2232. Other Tel: 0120-4200462, 0120-4001002. E-Mail:[email protected]